Hepatitis C Specialist Consultation Services – All Institutions in the Kingston Area

Solicitation number 21401-23-2591871

Publication date

Closing date and time 2017/07/24 14:00 EDT


    Description

    Hepatitis C Specialist Consultation Services – All Institutions in the Kingston Area

     

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meet the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of requirement:

    The Correctional Service Canada has a requirement to provide the services of a Hepatologist for federal institutions in the Kingston area for the Ontario Region. The work will involve the following:

      1. Objectives:

    To provide HCV specialist services to eight Greater Kingston Area institutions and one Community Correctional Centre through on-site clinics. This will include up to a maximum of 77 half-day clinics and/or training sessions per year. Training sessions will be for the provision of clinical training in HCV therapy and awareness training for Ontario Region health care professionals.

    To identify, educate, treat and manage offenders with HCV within Kingston area Institutions. The goal is to reduce the overall transmission of HCV within the offender population and community and where possible and consistent with existing clinical guidelines initiate and manage as many offenders as possible on treatment while ensuring safe competent care.

    The Contractor will personally, see HCV positive offenders on an as requested basis by the site infectious disease nurse.

    1.2   Tasks:

    Clinic work will include chart reviews, patient assessment, health counseling, monitoring, evaluation, offender consultation and recommendation for further investigation/treatment.

    To provide additional offender consultation for those offenders needing specialty input due to unusual circumstances or particular problems with their therapy etc.

    To work closely with the institutional health care team (Chief Health Services, designated HCV nurse, institutional physician) and the offender.

    To respond to calls or electronic requests for consultation outside of clinic periods by physicians or IDN’s in order to manage HCV issues which are urgent or emergent in nature.

    To provide reports on research or other related issues.

    To attend Regional Health Service meetings as requested.

    Correctional Service Canada cannot guarantee the level of services required. The number of treatment sessions will be based on actual requirements to meet operational needs.

      1. Expected results:

    • To provide, as requested, annual training sessions on infectious diseases to

    • Correctional Services Canada staff. Maximum training sessions will not exceed 3 events; maximum 3 hours each session per year.

    • To conduct Hepatitis Medical Clinics and enter relevant information such as examination, diagnostic investigation, diagnosis, treatment provided/recommended and medication prescribed, in the offender's Electronic Medical Record.

    • Requesting community consultation with medical specialists for essential services as required and consistent with community standards.

    • Review and recommend implementation of the consultant's treatment regime.

      1. Performance standards:

    • To provide advice on clinical infectious disease protocol, if required by

      Correctional Service Canada, including annual medical directives.

    • To ensure a qualified replacement is available in the event the contractor is unable to provide and maintain services.

    1.5   Deliverables:

     

    To provide HCV specialist services to eight Greater Kingston Area institutions and one Community Correctional Centre through on-site clinics. Clinic work will include chart reviews, patient assessment, health counseling, monitoring, evaluation, offender consultation and recommendation for further investigation/treatment.

    To provide additional offender consultation for those offenders needing specialty input due to unusual circumstances or particular problems with their therapy etc. To work closely with the institutional health care team (Chief Health Services, designated HCV nurse, institutional physician) and the offender.

    To provide training sessions to staff or offenders as determined by the Regional Manager of Public Health Ontario.

    Scheduled Meetings

     

    • The Project Authority reserves the right to schedule face to face meetings, as deemed necessary.

    • The contractor shall immediately report to the Project Authority, by telephone with a follow up by electronic mail, any urgent issue that arises during the course of his work.

    1.6 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.7 Constraints:

    • To perform services that are consistent with the standards set by the College of

    Physicians and Surgeons of Ontario and within the standards of Correctional

    Service Canada

    • To adhere to and support Correctional Service Canada policies with respect to the

    economical and efficient management of Health Service's resources

    • To utilize the Correctional Service Canada policies, including but not limited to:

    Mission Statement, Health Services Priorities, Essential Health Services,

    Commissioners Directives and Guidelines, Regional Instructions and CSC

    National Pharmacy Formulary and the policies in prescribing medications.

    • In the event of an institutional shut-down of more than one day, services may be

    suspended as per the departmental Representative/Project Authority, the Regional

    Manager, Public Health, Ontario, or an approved substitute.

    1.8 Location of work:

    The Contractor must perform the work at any of the following sites:

    1. The Contractor must perform the work at:

       

    Bath Institution

    Regional Treatment Centre (located within both Millhaven and Bath Institutions)

    Millhaven Institution

    Collins Bay Medium Institution

    Collins Bay Minimum Institution

    Joyceville Medium Institution

    Joyceville Minimum Institution

    Henry Trail Community Correctional Centre

    1. Travel to the following locations will be required for performance of the work under this contract;

    Bath Institution(Includes Regional Treatment Centre)

    5775 Bath Road

    Bath, ON  K0H 1G0

    Millhaven Institution (Includes Regional Treatment Centre)

    5775 Bath Road

    Bath, ON  K0H 1G0

    Henry Trail Community

    Correctional Centre

    1453 Bath Road

    Kingston, Ontario

    K7M 4X2

    Collins Bay Complex

    1455 Bath Road

    Kingston, ON K7L 4V7

    Joyceville Complex

    3766 Highway 15

    Joyceville, ON K7L 4X9

    1.8.1 Language of Work:

    The contractor must perform all work in English.

    1.8.2 Security Requirements: 

    This contract includes the following security requirements:

    1.8.3 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    1.8.4 The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.

    1.8.5 The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

    1.8.6 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    1.8.7 The Contractor/Offeror must comply with the provisions of the:

    1. Security Requirements Check List and security guide (if applicable).

    2. Industrial Security Manual (Latest Edition).

    2. Minimum essential requirements:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Professional designation, accreditation and/or certification:

    Hepatologist with a minimum of 5 years experience in the area of Hepatitis C and in good standing with the College of Physicians and Surgeons of Ontario. A minimum of 5 years clinical experience working with marginalized populations and Offenders with co morbid diagnoses, including mental health disorders, substance abuse and Hepatitis C.

    3. Applicability of the trade agreement (s) to the procurement

    This procurement is not subject to any trade agreement.

    4. Set-aside under the Procurement Strategy for Aboriginal Business

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    5. Comprehensive Land Claims Agreement (s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

     

    • Dr. Simon has been a MD since 1962. He spent 4 postgraduate years at McGill University (mainly the Montreal General Hospital) doing an internship, residency in Internal Medicine, & residency in Gastroenterology, followed by 3 additional postgraduate years in the USA at Yale University doing a Fellowship in Hepatology at the Yale Liver Study Unit. Returned to Canada & was recruited to the Division of Gastroenterology in the Department of Medicine at Queen’s, where he remained his entire academic career. Over the years he rose to become a full Professor of Medicine until his academic retirement as Professor Emeritus in 2015. Dr. Simon holds Fellowship degrees in the Royal College of Physicians & Surgeons of Canada, the American College of Physicians, & the American College of Gastroenterology. His career has included several awards for teaching & research, numerous administrative positions, & senior positions in various Canadian & other professional bodies including president of the Canadian Association for the Study of the Liver. Dr Simon has authored or coauthored more than 100 scientific articles & book chapters, mainly related to liver disease as well as other gastrointestinal subjects. Throughout his entire career he also maintained a busy patient-centered academic clinical practice in both liver disease & general gastroenterology, with special interest in the former. Dr Simon was a regular participant & consultant in both the general Liver Clinic & the Hepatitis Clinic of the Division of Gastroenterology, and he continued to participate in teaching clinics at Queen’s until his full retirement 2 years ago from the Queen’s-associated hospitals. Due to his ongoing clinical consultancy for CSC he remains with a full licensee of the College of Physicians & Surgeons of Ontario (CPSO license #21831).

    • Dr. Simon is a Hepatologist who has worked with CSC for many years and has expert knowledge with regard to our population.

    • Other community Hepatitis specialists were contacted to inquire if they had the necessary resources to fulfill the needs of our populations but all declined due to the high demand of services and committed time.

    • The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

     

    (d) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified:

     

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 3 years, from January 1, 2018 to December 31, 2020 with an option to extend the contract for two(2) additional one(1) year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $746,900.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Dr. Jerome Simon

    784 Wartman Avenue

    Kingston, Ontario

    K7M 4M4

    13.   Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14.   The closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is July 24, 2017 at 14:00 EDT.

    15.   Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Shane Collins

    Regional Contract Administrator

    Correctional Service Canada

    P. O. Box 1174
    443 Union St. West
    Kingston, ON K7L 4Y8

    Telephone: 613-536-4570

    Facsimile: 613-536-4571

    E-mail address: Shane.Collins@csc-scc.gc.ca

     

     

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Collins, Shane
    Phone
    613-536-4570
    Email
    shane.collins@csc-scc.gc.ca
    Fax
    613-536-4571
    Address
    443 Union Street West
    PO Box 1174
    Kingston, ON, K7L 4Y8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: